Teledyne CARIS Software Annual Maintenance
ID: REQUIREMENTS-24-3918Type: Sources Sought
AwardedSep 8, 2025
$787.1K$787,066
AwardeeTELEDYNE DIGITAL IMAGING INC Fredericton NB E3B 2L4 CAN
Award #:47QTCA20D00EH
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Software Publishers (513210)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole source contract with Teledyne Digital Imaging, Inc. for the annual maintenance of Teledyne CARIS software, which is critical for processing hydrographic survey data. This five-year firm-fixed-price contract will cover software packages, software assurance, an Enterprise Licensing Agreement (ELA), and ongoing technical support, ensuring that NOAA's Office of Coast Survey can effectively create nautical charts and support maritime commerce. The CARIS software is vital for various stakeholders, including the U.S. Navy, Coast Guard, and local governments, emphasizing its importance in maintaining maritime safety and operational standards. Interested vendors have until June 30, 2025, to submit documentation demonstrating their capability to meet the requirements, with the contract period set to run from October 1, 2025, through September 30, 2030. For inquiries, vendors may contact Whitney Weireter at whitney.weireter@noaa.gov or Nicole Lawson at Nicole.Lawson@noaa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to gather information from potential vendors for the acquisition of CARIS software packages, software assurance, an Enterprise Licensing Agreement, and associated annual maintenance. This activity is in line with the Federal Acquisition Regulation's market research objectives. The notice emphasizes that responses are voluntary and not compensated. The target audience includes small businesses and socio-economic firms, with an emphasis on qualifications to provide the necessary software and support for NOAA's Office of Coast Survey (OCS), which manages nautical charts and hydrographic data crucial for various maritime stakeholders. Vendors must demonstrate their capability to provide specified CARIS software products and necessary maintenance and support services. The document outlines requirements for responses, including company details, capabilities, and relevant certifications, all to inform an anticipated procurement decision. Responses are to be submitted by April 24, 2025. This notice underscores NOAA's commitment to engaging with the market and ensuring that its operational needs are met through capable suppliers.
    The document outlines a request for an annual maintenance renewal contract for Teledyne CARIS software utilized by the Office of Coast Survey (OCS), which is responsible for creating nautical charts and supporting maritime commerce. The maintenance contract is essential for processing hydrographic survey data, critical for various stakeholders, including the U.S. Navy, Coast Guard, and local governments. The scope includes licensing agreements for several software products, allowing NOAA access to critical software updates, technical support, and various enhancements necessary for efficient data management. The maintenance period spans five years, from October 1, 2025, through September 30, 2030, with security regulations ensuring no government privileged information is accessed or shared by the contractor. The overall objective is to ensure that NOAA has the necessary tools and support to fulfill its maritime responsibilities effectively, adhering to security and operational standards.
    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source, five-year firm-fixed-price contract with Teledyne Digital Imaging, Inc. for CARIS software packages, software assurance, an Enterprise Licensing Agreement (ELA), and annual maintenance. The CARIS software is essential for processing hydrographic survey data for NOAA’s Office of Coast Survey (OCS), which supports various sectors including commercial shipping, the fishing industry, and U.S. military operations. The requisite software includes HIPS/SIPS Pro, BASE Editor, and BASE Manager, along with updates and technical support. The estimated North American Industrial Classification System (NAICS) code for this contract is 513210, applicable to software publishers. Vendors interested in responding have a 14-day period to submit documentation showing their capability to meet the requirements. Responses must be submitted by June 30, 2025, to designated NOAA contacts. This notice reflects the government's intention to proceed without competitive bidding if no adequate responses are received, emphasizing the importance of meeting specified needs in software for hydrographic data processing.
    Similar Opportunities
    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract for the procurement of specialized winch control display units and associated services. The requirement includes three RPC-90x-SA-MEA-REN units and one modified RA-90x-DE-SA-D01 enclosure, along with vendor labor for configuration and installation, all to enhance the operational capabilities of NOAA vessels. These units are critical for providing accurate winch wire tension to sensitive navigation and scientific equipment, ensuring reliability and compatibility with existing systems. Interested parties who can provide these specific products and services must submit a statement of capabilities, including OEM authorization and pricing, by 5:00 PM EST on December 16, 2025, to Alexander Cancela at alexander.cancela@noaa.gov.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    Steller Sea Lion Artificial Intelligence Image Processing and Counting Enhancement Effort
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole-source contract with Kitware, Inc. for the enhancement of artificial intelligence (AI) image processing and counting methods related to Steller sea lion populations in Alaska. The project aims to refine aerial imagery collection processes by improving existing detection and classification models, which are currently time-consuming and inaccurate, often relying on manual counting methods that can take up to four months. This initiative is crucial for effective conservation efforts, as it seeks to streamline monitoring processes and enhance data analysis capabilities for protected marine species. Interested vendors must submit their affirmative responses, demonstrating their understanding and capability to meet the requirements outlined in the Performance Work Statement, by 3:30 P.M. Pacific Standard Time on August 1, 2025, to Jamie Abu Shakrah at Jamie.AbuShakrah@noaa.gov.
    Notice of Intent to Sole Source to Instant Technologies
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    Buoy Services Wave Data Renewal
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    GEO JOBE SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm Fixed Price purchase order for the GEO Jobe Backup My Org Software. This software is essential for creating maps, analyzing geospatial data, and sharing results to address various challenges. The procurement falls under NAICS code 541519 and PSC code 7A21, highlighting its relevance in the IT and telecom sector for business application software. Interested firms must express their interest and capability to provide the software within five days of this notice, with responses directed to Elizabeth White at elizabeth.k.white9.civ@us.navy.mil. This presolicitation notice is not a request for competitive quotes, and a solicitation will not be posted.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Garmin International, Inc. for the provision of annual subscriptions to aircraft navigation databases essential for the safety and operational efficiency of its fleet aircraft. This procurement is necessary to ensure continued access to critical navigation databases that enhance pilot situational awareness, navigation, and obstacle avoidance, which are vital for safe flight operations. The contract will be firm-fixed price and is expected to be awarded under the authority of FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, but no telephone inquiries will be accepted.